33
STATE OF CONNECTICUT OFFICE OF POLICY AND MANAGEMENT Intergovernmental Policy Division 450 Capitol Avenue MS# 54 ORG Hartford, CT 06106-1379 Grant Award: Next Steps in Engaging Anchor Institutions and Neighborhoods in Transit-Oriented Development (TOD) Grant Program: Regional Performance Incentive Program, CGS Sec. 4-124s Grantee: Capitol Region Council of Governments (CRCOG) Grant Award #: RPI-16-1 SCOPE OF WORK Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project tasks and requirements and terms outlined in this Scope of Work. A. Project Summary The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $200,000 to the Capitol Region Council of Governments (CRCOG) to apply best practices that were developed for engaging anchor institutions, government and community organizations in the CTfastrak corridor to the CTrail-Hartford Line and fastrakEast corridors, in order to help spur mutually beneficial relationships that can spur TOD and economic growth in the region. B. Project Tasks Specifically the project tasks shall include: 1. Create Tools to Communicate TOD Opportunities a) Create communication materials that articulate vision of high level- opportunities i. Articulate opportunities provided by bus rapid transit (BRT) and rail service in the subject CTrail-Hartford Line and fastrakEast corridors 1. Define BRT and Rail Service provided in subject corridors, including hourly service to NYC and potential future linkages to Boston 2. How transit accessibility improves community vitality and desirability 3. Highlights of benefits articulated in previous Best Practices Study of CTfastrak corridor ii. Estimated jobs with transit access in the subject corridors iii. Development opportunities around station areas in the subject corridors – what are benefits to employers and employees?

 · Web viewEmergency eye wash and shower and dry chemical fire suppression system will be located in close proximity to areas of sorting and storage. Make, Process and Secure Necessary

  • Upload
    doquynh

  • View
    215

  • Download
    1

Embed Size (px)

Citation preview

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Next Steps in Engaging Anchor Institutions and Neighborhoods in Transit-Oriented Development (TOD)Grant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Capitol Region Council of Governments (CRCOG)Grant Award #: RPI-16-1

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project tasks and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $200,000 to the Capitol Region Council of Governments (CRCOG) to apply best practices that were developed for engaging anchor institutions, government and community organizations in the CTfastrak corridor to the CTrail-Hartford Line and fastrakEast corridors, in order to help spur mutually beneficial relationships that can spur TOD and economic growth in the region.

B. Project Tasks

Specifically the project tasks shall include:

1. Create Tools to Communicate TOD Opportunities

a) Create communication materials that articulate vision of high level-opportunities

i. Articulate opportunities provided by bus rapid transit (BRT) and rail service in the subject CTrail-Hartford Line and fastrakEast corridors

1. Define BRT and Rail Service provided in subject corridors, including hourly service to NYC and potential future linkages to Boston

2. How transit accessibility improves community vitality and desirability

3. Highlights of benefits articulated in previous Best Practices Study of CTfastrak corridor

ii. Estimated jobs with transit access in the subject corridors

iii. Development opportunities around station areas in the subject corridors – what are benefits to employers and employees?

iv. High-level mapping of key assets that exist now in the subject corridors, to help visualize how these assets can be linked for the benefit of businesses and neighborhoods:

1. Educational institutions

2. Health care institutions

3. Arts and culture institutions

4. Manufacturing

5. Government offices

6. Key community resources—civic, recreational, etc.

v. From focus group discussion in Task 3, identify overarching development goals that might mutually benefit anchor institutions, community organizations, and municipalities

b) Create communication materials that articulate opportunities for specific industry sectors

i. Target industry sectors: Education, Health Care, Arts and Culture, Manufacturing, Government

ii. Articulate opportunities provided by BRT and rail service to specific industry

iii. Highlights of benefits articulated in previous Best Practices Study of CTfastrak corridor

iv. Industry-specific development opportunities around station areas in the subject corridors – what are benefits to employers and employees? From Task 2.a, include information on how TOD can help address barriers to recruiting and retaining talent in specific industry.

v. What related industries and assets located in the corridors could support industry goals or help attract employees?

c) Develop recommendations and strategy on how to present this information to decision-makers

2. Analyze Barriers to TOD, and Tools/Resources to Address Barriers

a) Barriers to recruiting and retaining talent necessary for business growth and retention, and how TOD can help address barriers

i. Conduct interviews with human resource professionals in targeted industries (Education, Health Care, Arts and Culture, Manufacturing, Government) to understand the challenges these industries are facing in recruiting and retaining talent

ii. Conduct interviews with millennials to obtain their perspective on problem

iii. Explain how TOD can help address one or more of the identified barriers

b) Strategies for encouraging TOD in weak markets

i. Review existing market analyses, and interview municipal officials and developers for their perspectives on this issue

ii. Conduct research on possible strategies to address this barrier

c) Summary of Tools and Resources to Support TOD

i. From existing documents and research, create a concise summary of tools and resources (planning and financial) to support TOD

3. For CTrail-Hartford Line and fastrakEast corridors--Inventory Key Anchor Institutions and Neighborhood Organizations, and Introduce Them to The Findings of the Best Practices Research

a) Inventory and mapping of anchor institutions within .5 mile of station areas. This task will include analysis and mapping of employment related to these institutions, including journey to work data, if available. Coordinate with research of CTDOT, and the Connecticut Center for Advanced Technology (CCAT) project linking manufacturing jobs to CTfastrak.

b) Identification of other anchor institutions that may not yet be located in station areas, but could be involved in helping to make a market for TOD, such as the CT State agencies (relocation of state offices), the Capitol Region Education Council (siting of magnet schools), municipalities (siting of new libraries or recreation centers), etc.

c) Individual and/or small group meetings with the leadership of selected anchor institutions and neighborhood organizations to:

i. Inform attendees of the findings and recommendations of the previous Best Practices Study and the new opportunities analysis from Task 1;

ii. Provide preliminary input on whether or not TOD is part of the current business and neighborhood planning;

iii. Identify development goals that would mutually benefit anchor institutions, community organizations, and municipalities; and

iv. Also conduct meetings with anchors/organizations in the CTfastrak corridor who may not have been reached through the previous Best Practices Study.

C. Project Implementation and Schedule

CRCOG is provided twenty-four (24) months from execution of this grant contract to complete the following deliverables:

Task 1 Deliverables: Communication materials to present results of high-level opportunities analysis to anchor institutions,

neighborhood organizations, and other interested parties Asset mapping to advance strategic branding of corridor Communication materials to present results of industry-specific opportunities analysis to anchor institutions,

neighborhoods, and other interested parties Memo: Recommendations and Strategy for Sharing Communication Materials with Anchor Institutions,

Neighborhood Organizations and Other Interested Parties

Task 2 Deliverables: Summary of input received through interviews with human resource professionals and millennials Memo: How TOD Can Help Address Barriers to Recruiting and Retaining Talent Memo: Strategies for Encouraging TOD in Weak Market Areas Summary of Tools and Resources to Support TOD

Task 3 Deliverables: Anchor Institutions Mapping for CTrail and fastrakEast corridors Summary of input received at focus group meetings with anchors and neighborhood organizations

D. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Consultant $ 145,595

CRCOG Staff - Vendor Selection- Research, Outreach & Project Management(includes Salaries, Benefits and Overhead)

$ 54,405

Project Total $ 200,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Development of a Regional Wetlands Data SetGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Lower Connecticut River Valley Council of Governments (RiverCOG)Grant Award #: RPI-16-2

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project tasks and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $95,000 to the Lower Connecticut River Valley Council of Governments (RiverCOG) to delineate the boundaries of surveyed wetlands for 17 towns in the region, replacing the aging and inadequate wetland mapping data available from the Connecticut Department of Energy and Environmental Protection. Such data is needed for the proper enforcement of municipal inland wetland regulations.

B. Project Tasks

Specifically, the project tasks shall include:

1. Assemble technical committee of RiverCOG staff to administer the project and procure qualified contractual services.

2. Enter into a contractual agreement with a qualified vendor to digitize wetlands boundaries for all 17 RiverCOG towns. Such data is to be delivered in a common geographic information systems (GIS) format and updated annually for three years thereafter.

C. Project Implementation and Schedule

RiverCOG is provided forty-two (42) months from execution of this grant contract to complete the following deliverables:

1. Not later than 9 (nine) months from execution of this grant contract, RiverCOG shall produce a regional GIS data product of all surveyed wetlands in the region based on surveys collected for the 2012 regional seamless dataset. The wetlands data product shall be made available to the public.

2. The wetlands GIS data product shall be updated not less than annually for three years following initial creation of the data product. Each data product update shall be made available to the public.

D. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever

is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Contractual $ 90,000.00

RiverCOG Staff - Vendor Selection- Research, Outreach & Project Management(includes Salaries, Benefits and Overhead)

$ 5,000.00

Project Total $ 95,000.00

E. Ownership rights of data produced or obtained under this grant award

The State of Connecticut and its subsidiaries shall retain title, ownership and the exclusive property interest of any and all data, records and documents produced or obtained by RiverCOG under this grant award. RiverCOG hereby irrevocably assigns, transfers and conveys to the State all rights, title and interest in and to such deliverables, and all intellectual property rights and proprietary rights arising out of, embodied in, or related to such deliverables. Such data, records and documents produced or obtained shall perpetually rest in the public domain. Approximately thirty (30) days after RiverCOG completes successful procurement of the statewide aerial orthoimagery and digital elevation data, RiverCOG shall provide OPM, DESPP, and DOT hard drives containing copies of all such statewide aerial orthoimagery and digital elevation data.

F. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Wastewater Treatment Consolidation StudyGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Naugatuck Valley Council of Governments (NVCOG)Grant Award #: RPI-16-3

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $1,350,000 to the Naugatuck Valley Council of Governments (NVCOG) to conduct a feasibility study for consolidating the wastewater treatment operations of Ansonia, Derby, Seymour, Beacon Falls, Naugatuck, and any other municipalities in the region that opt-in, and, if regionally-supported, to fund the cost of preparing an environmental impact evaluation under the Connecticut Environmental Policy Act.

B. Goals and Objectives

The feasibility study will provide preliminary technical and legal analyses to help determine the region’s ability to increase capacity for properly treating wastewater in a consolidated facility or facilities, thereby leading to a reduction in long-term state and local capital improvements and a reduction of user fees.

Specifically, the project objectives shall include:

1. Review existing studies and finalize on-going studies of municipal wastewater treatment systems in the region;

2. Assess the feasibility of creating infrastructure to connect the wastewater systems and the capacity of the existing wastewater facilities to handle combined flows;

3. Analyze legal requirements and identify potential governance models for combined wastewater treatment systems; and

4. Upon NVCOG’s request and OPM’s authorization, work with the appropriate sponsoring state agency to undertake a public scoping process and prepare an environmental impact evaluation of potential wastewater treatment consolidation alternatives for the region, in accordance with Connecticut Environmental Policy Act requirements.

C. Project Implementation and Schedule

NVCOG is provided twenty-six (26) months from execution of this grant contract to complete the following:

Phase 1: Feasibility Study

1. Review existing planning documents and other pertinent wastewater-related reports/studies.2. Assess existing wastewater treatment facilities and collection system infrastructures for condition,

performance, and capacity analysis.3. Estimate 20-year wastewater flows and load projections for each participating municipality.

4. Analyze laws and statutes impacting wastewater authorities and their governance, summarize existing wastewater system management and governance for each participating municipality, and identify potential opportunities for cost savings and operational efficiencies through alternative approaches to system management and governance structure.

5. Present study findings and potential alternatives for wastewater treatment consolidation to participating municipalities for their consideration of proceeding to Phase 2.

Phase 2: Environmental Impact Evaluation*

1. Working with the appropriate sponsoring state agency, initiate a public scoping process and prepare an environmental impact evaluation of potential wastewater treatment consolidation alternatives for the region, in accordance with the Connecticut Environmental Policy Act.

*Prior to undertaking Phase 2, NVCOG shall receive OPM’s written authorization to proceed.

D. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Category Deliverable Amount

Phase 1 Feasibility Study* $ 250,000

Phase 2 Environmental Impact Evaluation $ 1,050,000

NVCOG Project Administration

- Vendor Selection- Project Administration(includes Salaries, Benefits and Overhead)

$ 50,000

Project Total $ 1,350,000

*Specific deliverables and budget amounts to be determined by NVCOG during the consultant negotiation process and approved by OPM

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

No expenses associated with either Phase 1 or Phase 2 of this grant award shall be considered as eligible expenses until Grantee has received the following written authorizations:

1) After engaging in a Quality Based Selection process to procure a qualified consultant(s) and negotiating a work contract(s) for Phase 1 tasks, Grantee shall receive OPM’s written authorization to execute such work contract(s) and any future amendments thereto.

2) After engaging in a Quality Based Selection process to procure a qualified consultant(s) and negotiating a work contract(s) for Phase 2 tasks, Grantee shall receive OPM’s written authorization to execute such work contract(s) and any future amendments thereto.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

F. Ownership Rights of Information and Products Produced or Obtained Under this Grant Award

The State of Connecticut and its subsidiaries shall retain title, ownership and the exclusive property interest of any and all data, records and documents produced or obtained by NVCOG under this grant award. NVCOG hereby irrevocably assigns, transfers and conveys to the State all rights, title and interest in and to such deliverables, and all intellectual property rights and proprietary rights arising out of, embodied in, or related to such deliverables. Such data, records and documents produced or obtained shall perpetually rest in the public domain.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Pre-Hospital Emergency Care Study, Phase IIGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Northeastern Connecticut Council of Governments (NECCOG)Grant Award #: RPI-16-4

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $100,000 to the Northeastern Connecticut Council of Governments (NECCOG) to conduct a study to examine, in consultation with current service providers, alternatives to the current health care delivery system, and to make recommendations to enhance patient care.

B. Project Goals and Objectives

This project shall evaluate the findings and other information gained from the previous Phase I study regarding the current pre-hospital emergency care system in the Region, as a means to examine alternatives to the current delivery system to enhance patient care. Specifically, Phase II shall:

1. Review the findings and recommendations made in Phase I.

2. Examine the current issues related to the recruitment and retention of volunteers, as well as the impacts of hiring paid staff and/or services to perform in lieu of volunteers.

3. Examine administrative/structural options, including but not limited to:

a. Collaboration/consolidation, primarily focusing on savings through combining human resources, clerical, and other functions across several departments.

b. Partial collaboration/consolidation maintaining separate departments, but creating a joint working group to identify potential efficiency gains, such as jointly operating a station or team.

c. Functional collaboration/consolidation keeping departments legally separate, but having the departments work together to perform special functions, such as training services.

d. Operational collaboration/consolidation combining aspects of functional and administrative consolidation to make multiple legally-separate departments deliver standard and special services, as if a seamless single entity.

e. Selected geographical collaboration/consolidation taking advantage of variations in service demands across an area to keep certain functions separate where demand is high while taking advantage of economies of scale in low-density areas.

f. Full regional consolidation combining departments to make one legal and operational entity.

4. Establish performance metrics for pre-hospital emergency response.

C. Project Implementation and Schedule

NECCOG is provided fifteen (15) months from execution of this grant contract to complete the following tasks:

1. Re-Convene the Advisory Committee - The Advisory Committee, which was formed during Phase I of this study, consists of representatives from the Region’s primary care hospitals emergency centers, 911 dispatch, paramedic providers, ambulance providers, fire services and police. The Advisory Committee is intended to meet monthly or as needed for the duration of the study period.

2. Prepare and Issue an RFP/RFQ for the Study Consultant - NECCOG, working with its contract’s attorney and in consultation with the Advisory Committee, will prepare and issue the RFQ to secure a qualified firm to assist the Region.

3. Selection of the Study Consultant – The Advisory Committee shall review submissions and select the preferred consultant. NECCOG will then execute a contract (developed by our contract’s attorney) to secure the consultants services for the study.

4. Implementation – Conduct study, advisory committee meetings, hearings

5. Study Completion – Provide final report and final financial accounting

D. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Consultants $ 75,000

Legal $ 10,000

NECCOG Staff $ 15,000

Project Total $ 100,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUT

OFFICE OF POLICY AND MANAGEMENTIntergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Regional Household Hazardous Waste FacilityGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Northeastern Connecticut Council of Governments (NECCOG)Grant Award #: RPI-16-5

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project tasks and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $708,500 to the Northeastern Connecticut Council of Governments (NECCOG) to construct and operate an indoor regional household hazardous waste facility that will serve all 16 member towns.

B. Project Goals and Objectives

To maximize the safe disposal of household hazardous waste in the region. The objective of the project is to construct and operate a Regional Household Hazardous Waste Facility (HHW).

C. Project Tasks

The project tasks shall include:

1. Design of the HHW.

2. The construction of the HHW.

D. Project Implementation and Schedule

NECCOG is provided twenty-seven (27) months from execution of this grant contract to complete the project:

1. Convene a Regional Ad Hoc HHW Facility Advisory Committee - NECCOG will form a regional oversight committee to address the details of the project consistent with the project details outlined in the initial grant application, including:

a. Site plan preparation in accordance with the Town of Brooklyn Inland Wetlands and Watercourses Agency regulations and the Town’s Zoning Regulations.

b. Finalize building design and associated equipment, including:

I. Stand-alone steel type pre-fabricated barn style building, approximately 50 feet wide, 100 feet long and 35 feet tall placed on a re-enforced EPA lined (chemical resistant sump liner) and epoxy no-drain slab foundation to serve as the HHW facility. The floor will slope to a locking drain or sump for containment of spills. The floor will also slope slightly away from the storage unit and the outside walls of the structure, so that any accidental spills are more easily contained. The storage building will be equipped with explosion proof lights and exhaust fans, floor grating, emergency eye wash and shower, and a dry chemical fire suppression system

II. Three-compartment, pre-fabricated storage units with 2-hour fire-rated steel construction to store HHW products. The compartments will be used to keep labeled and dated drums or containers of

incompatible materials separated. Each compartment will have its own door, passive ventilation, and containment sump. The structure will have the assurance of its manufactures warranty, UL classification, FM Approval and state certification. It will be designed to comply with EPA, OSHA, Uniform Building & Fire Codes, BOCA National Building and Fire Codes and the National Electric Code for use in Group H (hazard-containing) occupancies.

III. Emergency eye wash and shower and dry chemical fire suppression system will be located in close proximity to areas of sorting and storage.

2. Make, Process and Secure Necessary Permits (Local and State)

3. Prepare and Issue an RFP (design-build approach) for Facility Construction - NECCOG, working with its contract’s attorney, regional engineer and in consultation with the Advisory Committee, will prepare and issue the RFP to secure a qualified firm to assist the Region.

4. Selection of the Project Contractor - The Advisory Committee will review submissions and select the preferred consultant. NECCOG will then execute a contract (developed by our contract’s attorney) to secure the consultants services for the project.

5. Construction — Construction is expected to take between three and six months.

6. Budgeting for Operations - Funding requests to the member towns will be made based on a per-capita approach.

7. Operation Begins – Operation funding for up to 12 months following completion of construction.

E. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Construction $ 558,500

Contingency $ 50,000

Operational Funds, Year One $ 100,000

Project Total $ 708,500

F. Payment Terms & Reporting Requirements

Upon execution of this grant award, Grantee and OPM may negotiate an initial amount of advance funding for Grantee to help maintain a positive cash flow. Grantee shall otherwise be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Enhanced Regional Animal Services FacilityGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Northeastern Connecticut Council of Governments (NECCOG)Grant Award #: RPI-16-6

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all project tasks and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $608,000 to the Northeastern Connecticut Council of Governments (NECCOG) to bring the regional animal care facility into compliance with state standards, add capacity, and improve animal welfare.

B. Project Goals and Objectives

To renovate the existing regional animal services shelter to meet current Department of Agriculture Regulations for public animal shelters, to meet Connecticut State Building Code requirements and the needs (current and anticipated) of animals (primarily dogs and cats) of the regional animal services program.

C. Project Tasks

Specifically, the tasks of this project shall include:

1. Renovate (adding in-floor heating) and expand the number of existing dog kennels to 35, including five isolation kennels for medically compromised dogs

2. Add a cat room capable of housing 75 cats, including an isolation room for medically compromised cats, TNR Procedures and birthing room

3. Add an indoor adoption room

4. Upgrade the waste disposal system

5. Add an indoor exercise/play/display area for cats to exercise and to be viewed by potential adopters

6. Incorporate solar energy system

7. Add an employees’ locker room - including shower

8. Add a room for the cleaning and grooming of animals - including a staff entrance

9. Add an outdoor exercise area with seasonal mister

10. Kitchen, Food Preparation and Dish Washing area

11. Secure related equipment, including: cat cages, examination table, veterinarian grade sink, security system - including remote video to monitor site and animal behavior

D. Project Implementation and Schedule

NECCOG is provided twenty-one (21) months from execution of this grant contract to complete the following tasks:

1. Convene Building Advisory Committee – NECCOG will:

a. Convene a Building Advisory Committee consisting of the NECCOG Animal Service Program Director, one veterinarian, two chief-elected officials participating in the program, and two regionally based animal welfare organizations (cats and dogs) to advise on the details of the project consistent with the project details outlined in the initial grant application.

2. Prepare Applications and Details of the Kennel Modifications

a. Prepare a site plan and appropriate applications, in accordance with the Town of Killingly Inland Wetlands Watercourses Agency regulations, Level A Aquifer Regulations and the Town’s Zoning Regulations, to the Town of Killingly to begin the permitting process.

b. Finalize building design and construction type (pre-fab or stick built) and associated equipment list.

3. Make, Process and Secure Necessary Permits (Local and State)

4. Prepare and Issue an RFP for Facility Construction - NECCOG, working with its contract’s attorney, regional engineer and in consultation with the Advisory Committee, will prepare and issue the RFP to secure a qualified firm to construct the facility.

5. Selection of the Project Contractor – The Advisory Committee shall review submissions and recommend the preferred consultant. NECCOG will then execute a contract (developed by our contract’s attorney) to secure the contractor services (the intent is to utilize a “design-build” approach or single contractor for the project).

6. Construction of the Facility - Anticipate that construction will take approximately three to six months from the actual start date.

7. Project Completion

E. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Site Preparation, Building Planning & Construction $ 500,000

Equipment $ 53,000

Contingency $ 55,000

Project Total $ 608,000

F. Payment Terms & Reporting Requirements

Upon execution of this grant award, Grantee and OPM may negotiate an initial amount of advance funding for Grantee to help maintain a positive cash flow. Grantee shall otherwise be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Rural Broadband & Mobile Enhancement: Technology and Business Model StudyGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Northwest Hills Council of Governments (NHCOG)Grant Award #: RPI-16-7

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $200,000 to the Northwest Hills Council of Governments (NHCOG) to fund a study of technology and business models for the enhancement of rural broadband and mobile coverage.

B. Project Goals and Objectives

To develop a technology and business model to provide high-speed broadband and mobile coverage services to the Northwest Hills Region, as well as to four towns in the northern end of the Western CT Planning Region.

The objectives of this project are:

1. Inventory of existing broadband services and assets including current broadband services (cost/type), available bandwidth, and requirements of existing and planned applications (internet, phone and television services).

2. Engage stakeholders by implementing a comprehensive outreach strategy to make town leaders and residents aware of the rural broadband initiative and its potential impacts on their towns.

3. Propose technologies to increase cell phone coverage areas utilizing the proposed fiber optic broadband infrastructure, including costs for deployment, operation, and maintenance of this technology.

4. Identify which business model(s) could work for the 25 municipalities included in the study area for broadband deployment and mobile (cell phone) enhancement.

C. Project Implementation and Schedule

NHCOG is provided twenty-two (22) months from execution of this grant contract to complete the following tasks:

1. Develop a Request for Proposals (RFP) that broadband and technology providers will respond to which details how specifically they would partner with NWCONNect and CT municipalities to bring the needed broadband services to our region. RFP submissions shall include the following:

a. Services the provider would offer, projected demand for this service, subscription rates after network deployment, and cost of services.

b. Proposal for private, public-private, or publicly owned and or managed infrastructure. Estimated cost of proposed infrastructure buildout, on-going maintenance and management.

2. Hire a qualified consultant to conduct a survey and analysis of households not currently served by a Cable TV provider to determine likely take rate, cost parameters and best marketing strategy. (This is important because it is anticipated that the fiber optic broadband network proposed by NWCONNect would need to include television and other video services in its service bundle in order for the cost to be competitive compared to existing broadband service providers.)

3. Hire a qualified consultant to conduct study of mobile (cell phone) network deficiencies (“dead zones”) to determine the number of poll mounted antennae that would be needed to cover these areas.

4. Retain Broadband Project Coordinator consultant whose duties will include the following:

a. Catalog and establish communications with all selectmen, board of finance officers, and key stakeholders in the region.

b. Coordinate a commissioned region-wide study to document extant Cable TV subscriptions and other broadband services.

c. Coordinate a commissioned region-wide study of mobile (cell) network deficiencies.

d. Coordinate an RFP to suitable vendors for broadband network construction and operation.

e. Coordinate an RFP to suitable vendors for mobile network upgrades in the region.

f. Prepare an inventory of each town in the region relative to demographics, road miles, houses, business establishments, telephone poles, any cable undergrounding, home businesses, schools, medical facilities, and municipal facilities.

g. Manage proposal selection process and work with selected broadband and/or mobile provider(s) to take the next steps in project planning and implementation.

h. Plan, conduct outreach, and oversee NWCONNect Regional Broadband conference in the Fall of 2017 to engage town leaders and stakeholders, to share study results, and to encourage participation in future outreach work.

D. Project Budget

In accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Cable TV survey & analysis $ 25,800

Mobile (cell) network deficiencies study $ 20,000

Broadband Project Coordinator Consultant (16 month contract) $ 134,400

Direct project expenses - mileage, printing, etc. $ 5,000

Northwest CT Rural Broadband Conference $ 4,800

NHCOG Administration $ 10,000

Project Total $ 200,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Regional Animal Shelter Facility Design and EngineeringGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Northwest Hills Council of Governments (NHCOG)Grant Award #: RPI-16-8

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $110,000 to the Northwest Hills Council of Governments (NHCOG) to conduct facility design and engineering associated with the proposed regional animal shelter facility that was the subject of a previous feasibility analysis.

B. Project Goals and Objectives

To hire a professional architectural firm to develop a comprehensive facility design, along with budget estimates for hard and soft costs, specifications, bid documents, contract documents, and overall direction, coordination and administration of the design and construction phases for a new Animal Shelter Facility at the Torrington Water Pollution Control Facility on Bogue Road in the Town of Harwinton.

C. Project Implementation and Schedule

NHCOG is provided twenty-two (22) months from execution of this grant contract to complete the following tasks:

1. Establishment of a NHCOG Regional Animal Shelter Facility Committee (ASF Committee) to oversee and direct the work of the Architectural Firm retained for this project. Also to conduct additional research on current and projected usage to make sure the facility is "right sized" to meet regional needs.

2. Development and release of a “Request for Qualifications and Proposal” to retain the services of a qualified Architectural Firm to prepare the facility design and undertake related tasks.

3. ASF Committee review of Architectural Firm submissions, interviews of short-listed firms, selection of a preferred Architectural Firm, final fee and scope negotiations, and development and execution of a contract to implement the work program.

4. Specific Architectural Firm tasks include: a) Review of the “Regional Animal Shelter Feasibility Analysis” prepared for this project which contains valuable

information on the construction of the proposed regional animal shelter, including shelter size, conceptual site plan, cost estimates, and financing. While the conceptual site plan calls for 30 dog kennels/runs and 18 cat condos with 3,454 sf of building area, the ACF Committee will be refining these specifications based on updated research of current and projected usage of the facility.

b) Inspection of the construction site location, including infrastructure conditions, with the ACF Committee, City of Torrington and Town of Harwinton personnel. This task will be followed by development of a detailed project scope and schedule for review and approval by the ASF Committee. Based upon this approval, produce a schematic design and project construction cost estimate and, after approval by the ACF Committee, produce the final design. The final design for the new facility shall include (a) electrical, sprinkler, mechanical, plumbing, lighting, HVAC system, and other building systems, and (b) details on the purchase and installation of equipment, security cameras and other security improvements, fixtures, furnishings, fencing and other materials for the foregoing animal care facility project

c) Preparation of all bidding documents and contract materials. Assist the NHCOG with front-end requirements, contractor procurement, and bidding. Upon NHCOG securing of construction funding, facilitate bid process by monitoring the bidding period for accurate information to bidders (respond to RFI’s and issue Addendums as necessary). Attend and assist with the Pre-Bid meeting and Bid Opening. Review bids and submit a contractor recommendation letter to NHCOG.

d) Preparation of Contractor Contract(s), attendance at pre-construction conference, and monitoring of each phase of construction for proper compliance with plans and specifications. Review and approve all shop drawings and submittals by the Contractor, and coordinate all functions with the Contractor, City of Torrington, Town of Harwinton, and the ACF Committee. Review, approve and submit Contractor Payment Requests,

e) Secure and review all guarantees and warrantees, inspection certificates, material/installation certificates, operating and maintenance manuals, general releases, lien waivers and other documents which may be required by the Towns or State. Coordinate training with owner on all operating instructions. Develop punch-list, semi-final and final inspections for recommendations regarding acceptance. Produce substantial completion certificate, ensure As-Built plans and specifications are received and correct, final/finish cleanup performed, building or other permits approved. Conduct final walk through and acceptance with Towns. Verify all owner-acknowledged change orders are submitted and approved, final billings have been received from all subcontractors and suppliers, and Contractor’s final billing including retainage release has been submitted.

D. Project BudgetIn accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Design Fees for Base Building (Architectural, Structural, Mechanical, Electrical & Plumbing

$ 60,000

Site Design and Permitting $ 30,000

NHCOG Administration $ 10,000

Contingency $ 10,000

Project Total $ 110,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Development of a Community Rating SystemGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Southeastern Connecticut Council of Governments (SCCOG)Grant Award #: RPI-16-11

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $200,000 to the Southeastern Connecticut Council of Governments (SCCOG) for the purpose of developing a regional Community Rating System (CRS) program that its 22 member municipalities can use to become CRS-certified under the Federal Emergency Management Agency’s National Flood Insurance Program.

B. Project Goals and Objectives

To develop a regional CRS program that helps reduce the negative impact of high insurance costs on property values and makes it easier for property owners who do not yet have flood insurance to secure it at an affordable price, while also helping municipalities to proactively manage flood risks and to recover more quickly from flooding events.

C. Project Implementation and Schedule

SCCOG is provided eighteen (18) months from execution of this grant contract to complete the following tasks:

1. Perform an initial scan of the value of and eligibility for CRS-certification for all SCCOG communities not currently certified. Such scan shall include completing the CRS "Self-Assessment" Tool and CRS "Quick-Check" for each municipality where relevant.

2. Develop an action plan and model for municipalities to achieve CRS certification.

3. Develop certification materials and additional flood data for a minimum of four municipalities at the highest risk of flooding and for municipalities committing to make an application for CRS certification.

4. Develop a model framework for annual re-certification within each participating community.

D. Project BudgetIn accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Retain consultant to develop an action plan and model for towns to $ 150,000

achieve the CRS certificationPreparation of elevation certificates and the development of additional flood data (if towns request and commit to apply to CRS)

$ 30,000

SCCOG Administration $ 20,000

Project Total $ 200,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Study and Recommendations for Shared Services and Staff by Southeastern Connecticut Human Service ProvidersGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Southeastern Connecticut Council of Governments (SCCOG)Grant Award #: RPI-16-12

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $150,000 to the Southeastern Connecticut Council of Governments (SCCOG) to conduct a study of services, redundancies, and gaps in service provided by southeastern Connecticut’s non-profit human services agencies, and to identify partnerships that can improve services and reduce costs.

B. Project Goals and Objectives

To develop recommendations that will enable service providers to make informed decisions about which services are most needed, so that there can be a coordinated approach to the delivery of such services.

C. Project Implementation and Schedule

SCCOG is provided twenty-one (21) months from execution of this grant contract to complete the following tasks:

1. Perform an inventory of available services, administrative structures, staffing levels, and associated costs for all municipalities within the region; draft a report of findings.

2. Develop recommendations to improve service provision and/or reduce costs for the services inventoried in Item 1; draft a final report in which recommendations are proposed.

3. Identify next steps for implementing the recommendations proposed in the final report.

D. Project BudgetIn accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Retain consultant to conduct inventory of available services, administrative structures, staffing levels and associated costs, draft findings and recommendations, and prepare final report

$ 110,000

SCCOG Staff participation in study (direct and indirect cost for approx. 200 hrs.)

$ 25,000

SCCOG Project Administration $ 15,000

Project Total $ 150,000

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.

STATE OF CONNECTICUTOFFICE OF POLICY AND MANAGEMENT

Intergovernmental Policy Division450 Capitol Avenue MS# 54 ORG

Hartford, CT 06106-1379

Grant Award: Snow Plow Routing Study and DevelopmentGrant Program: Regional Performance Incentive Program, CGS Sec. 4-124sGrantee: Western Connecticut Council of Governments (WestCOG)Grant Award #: RPI-16-14

SCOPE OF WORK

Subsequent to Section 12 of the Special Grant Conditions, the grantee agrees to pursue and comply with all the project goals and objectives and requirements and terms outlined in this Scope of Work.

A. Project Summary

The Office of Policy and Management, Division of Transportation, Conservation, and Development Policy and Planning (OPM), has awarded a grant in the amount of $254,782 to the Western Connecticut Council of Governments (WCCOG) to study the optimal routes for snow plows and to disseminate that information to participating municipalities.

B. Project Goals and Objectives

To develop efficiencies and cost savings by recommending optimal routes within municipal borders, and by working jointly with neighboring municipalities to potentially create regional plowing routes.

C. Project Implementation and Schedule

WCCOG is provided seventeen (17) months from execution of this grant contract to complete the following tasks:

1. Procurement (WestCOG)

a. Draft request for proposals (RFP) for route optimization consultant services and software.

b. Review of draft RFP by municipal public works officials.

c. Finalize RFP.

d. Advertise RFP.

e. Review and rate RFP responses based on price and qualification selection criteria in RFP, including interviews of consultants/software vendors if needed.

f. Negotiate agreement with selected consultant/software vendor.

g. Execute agreement with selected consultant/software vendor.

2. Project Management (WestCOG)

a. Oversee and coordinate consultant data collection and processing, and municipal review of consultant route optimization results and recommendations. Assist the consultant with data collection and attend meetings with the consultant and municipal public works officials.

b. Oversee and coordinate route optimization software acquisition, installation, and training.

3. Data Collection (Consultant)

a. Attend project initiation meeting.

b. Attend meetings with public works officials from the participating towns to obtain town-specific data such as:

• Existing snowplow routes

• Public works garage and sand/deicing chemical stockpile locations

• Snow and ice response policies such as road clearing priorities and goals for various weather events

• Necessary data to edit/customize street centerline data and/or snowplow routing software such as:

► one-way streets

► streets with multiple lanes per direction

► streets that are narrow and/or lack adequate turn-around areas such that special equipment such as smaller plow trucks must be deployed

► streets such as downtown areas that require special equipment such as front-end loaders or snow blowers to remove snow rather than standard plow trucks

► non-street areas that are plowed as part of snowplow routes such as municipal parking lots and driveways (schools, police and fire stations, municipal offices, parks, etc.)

4. Data Processing (Consultant)

a. Edit and customize street centerline data and/or snowplow routing software as necessary based on town-specific data obtained during the data collection task.

b. Perform snowplow route optimization within each participating town.

c. For each participating town, identify locations for potential inter-municipal work sharing/cooperation with abutting towns, such as small sections of road encroaching into one town that are more easily and efficiently maintained by the other town.

d. For each participating town that abuts another participating town, perform regional snowplow route optimization that includes joint snowplow routes, if such routes are more efficient.

e. Submit draft results and recommendations of the snowplow route optimization study for WestCOG and municipal review.

f. Attend meetings with WestCOG and municipal public works officials to review comments on the draft study results.

g. Revise data processing based on WestCOG and municipal review.

h. Submit final results and recommendations of the snowplow route optimization study for WestCOG and municipal use.

i. Draft and final deliverables shall include one paper and one PDF copy of reports and maps with the results and recommendations of the snowplow route optimization study for each participating town and for WestCOG.

j. Final deliverables shall also include the snowplowing routing study data file(s) used by the consultant, for use by WestCOG to update or revise the snowplow routing analyses in the future using the route optimization software acquired as part of this project.

5. Route Optimization Software (Consultant/Software Vendor)

a. Provide one license of the route optimization software selected by WestCOG by the RFP process.

b. Provide on-site installation and setup of the route optimization software.

c. Provide software user manual, documentation, and training materials.

d. Provide on-site training for WestCOG staff members in the use of the route optimization software.

e. Provide street centerline data and license (HERE Premium Map Content – formerly known as NAVTEQ NAVSTREETS – or approved equal) as used in the snowplow route optimization study.

6. Route Optimization Software (WestCOG)

a. Assist consultant/software vendor with software installation and setup.

b. Attend on-site route optimization software training.

c. Purchase and install one concurrent license of ArcGIS for Desktop (if required by the selected route optimization software).

D. Project BudgetIn accordance with Section 4 of the Special Grant Conditions, the Grantee must submit to OPM for review and approval a revised written budget itemization for any proposed change (1) which will alter a budget category by more than 10% of the budget category or by more than $500, whichever is greater, or (2) which places resources in a budget category not previously funded. Significant changes in the use of funds within a budget category, while not requiring a formal budget revision, must be reported to OPM by letter.

Item Amount

Procurement $ 2,368

Project Management $ 3,552

Data Collection $ 16,000

Data Processing $ 104,000

Municipal Review $ 8,000

Routing Software $ 71,500

Software $ 26,200

Contingency $ 23,162

Project Total $ 254,782

E. Payment Terms & Reporting Requirements

Grantee shall be paid on a reimbursement basis for eligible expenses incurred between the contract start date and the contract expiration date. Any such reimbursement request(s) shall be prepared in a format prescribed by OPM, and shall be submitted to OPM no more than once per month.

Grantee shall also submit to OPM quarterly written progress reports, beginning with the end of the first full fiscal quarter following execution of the grant award. Quarterly progress reports are due within twenty (20) days following the close of each fiscal quarter.

A final written progress report shall be submitted to OPM no later than ninety (90) days after the contract expiration date.